department of agriculture regional field...

7
Page 1 of 1 Republic of the Philippines DEPARTMENT OF AGRICULTURE REGIONAL FIELD OFFICE NO. 5 San Agustin, Pili, Camarines Sur, 4418 http://bicol.da.gov.ph (SVP-196-2019) REQUEST TO SUBMIT QUOTATION OR PROPOSAL FOR THE INSTALLATION OF FIXTURES AND FITTINGS FOR USE AT RESEARCH BUILDING, ADMIN OFFICE, PRODUCT DEV’T DISPLAY AREA OF RDPTC- SORSOGON AT APPROVED BUDGET FOR THE CONTRACT AMOUNTING TO TWO HUNDRED EIGHTY THOUSAND THREE HUNDRED FIFTY EIGHT PESOS & FORTY CENTAVOS (PHP280,358.40) PURSUANT TO ALTERNATIVE METHOD OF PROCUREMENT SPECIFICALLY NEGOTIATED PROCUREMENT-SMALL VALUE PROCUREMENT UNDER SECTION 53.9 UNDER RA 9184 AND ITS REVISED IRR. The Department of Agriculture Regional Field Office No. 5 (DA RFO 5), San Agustin, Pili, Camarines Sur is inviting interested suppliers to submit complete bid quotation for the: QTY PARTICULARS UNIT COST TOTAL COST NEW BUILDING (DINING HALL WINDOWS- 6 PANELS 42.23 sqft. Window 1 – Panel 1 210.00 8,868.30 42.23 sqft Window 2 – Panel 1 210.00 8,868.30 27.48 sqft Window 3 – Panel 1 210.00 5,770.80 27.48 sqft Window 3 – Panel 2 210.00 5,770.80 27.83 sqft Window 4 – Panel 1 210.00 5,844.30 27.83 sqft Window 4 – Panel 2 210.00 5,844.30 DINING HALL GLASS PARTITION- 5 PANELS 42.30 sqft Window 1 – Panel 1 210.00 8,883.00 25.45 sqft Window 2 – Panel 1 210.00 5,344.50 24.39 sqft Window 2 – Panel 1 210.00 5,121.90 25.75 sqft Window 2 – Panel 2 210.00 5,407.50 17.04 sqft Window 3 – Panel 1 210.00 3,578.40 ROOM ACCOMMODATION- 4 PANELS 17.35 sqft Window 1 – Panel 1 210.00 3,643.50 17.51 sqft Window 2 – Panel 1 210.00 3,677.10 18.24 sqft Window 3 – Panel 1 210.00 3,830.40 18.24 sqft Window 3 – Panel 2 210.00 3,830.40 TRAINING HALL- 10 PANELS 16.37 sqft Window 1 – Panel 1 210.00 3,437.70 16.10 sqft Window 2 – Panel 1 210.00 3,381.00 42.51 sqft Window 3 – Panel 2 210.00 8,927.10 27.92 sqft Window 4 – Panel 1 210.00 5,863.00 27.92 sqft Window 4 – Panel 2 210.00 5,863.00 27.24 sqft Window 5 – Panel 1 210.00 5,720.40 27.24 sqft Window 5 – Panel 2 210.00 5,720.40 18.24 sqft Window 6 – Panel 1 210.00 3,830.40 18.24 sqft Window 7 – Panel 1 210.00 3,830.40 18.51 sqft Window 8 – Panel 1 210.00 3,887.10 18.42 sqft Window 9 – Panel 1 210.00 3,868.20 18.33 sqft Window 10 – Panel 1 210.00 3,849.30 17.17 sqft Storage - 1 panel 210.00 3,605.70 GRAND TOTAL 280,358.40 The agency intends to apply the amount Two Hundred Eighty Thousand Three Hundred Fifty-Eight Pesos & forty Centavos (PHP280,358.40) as the Approved Budget for the Contract. As per approved Purchase Request and considering the nature of requisition being not more than One Million Pesos (Php1,000,000.00) and in order to fast-track the implementation of the program, this procurement is facilitated thru Negotiated Procurement-Small Value Procurement under Section 53.9 of RA 9184 and its Revised IRR. As such FE LEE ENTERPRISE; STEVEN CONSTRUCTION & SUPPLY; MAZAYDE ENTERPRISE; and any other interested qualified bidders are hereby requested to submit the following documents 1. Mayor’s Permit 2. DTI /SEC Registration 3. PhilGEPS Registration 4. Income Tax Return 5. Omnibus Sworn Statement 6. BIR Registration

Upload: others

Post on 20-Apr-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: DEPARTMENT OF AGRICULTURE REGIONAL FIELD ...bicol.da.gov.ph/rfo5newweb/wp-content/uploads/2019/11/...Management Office or the end-user unit, and the project consultants by consanguinity

Page 1 of 1

Republic of the Philippines

DEPARTMENT OF AGRICULTURE

REGIONAL FIELD OFFICE NO. 5 San Agustin, Pili, Camarines Sur, 4418 http://bicol.da.gov.ph

(SVP-196-2019) REQUEST TO SUBMIT QUOTATION OR PROPOSAL FOR THE INSTALLATION OF FIXTURES AND FITTINGS FOR USE AT RESEARCH BUILDING, ADMIN OFFICE, PRODUCT DEV’T DISPLAY AREA OF RDPTC- SORSOGON AT APPROVED BUDGET FOR THE CONTRACT AMOUNTING TO TWO HUNDRED EIGHTY THOUSAND THREE HUNDRED FIFTY EIGHT PESOS & FORTY CENTAVOS (PHP280,358.40) PURSUANT TO ALTERNATIVE METHOD OF PROCUREMENT SPECIFICALLY NEGOTIATED PROCUREMENT-SMALL VALUE PROCUREMENT UNDER SECTION 53.9 UNDER RA 9184 AND ITS REVISED IRR.

The Department of Agriculture Regional Field Office No. 5 (DA RFO 5), San Agustin, Pili, Camarines Sur is inviting interested suppliers to submit complete bid quotation for the:

QTY PARTICULARS UNIT COST TOTAL COST

NEW BUILDING (DINING HALL WINDOWS- 6 PANELS

42.23 sqft. Window 1 – Panel 1 210.00 8,868.30

42.23 sqft Window 2 – Panel 1 210.00 8,868.30

27.48 sqft Window 3 – Panel 1 210.00 5,770.80

27.48 sqft Window 3 – Panel 2 210.00 5,770.80

27.83 sqft Window 4 – Panel 1 210.00 5,844.30

27.83 sqft Window 4 – Panel 2 210.00 5,844.30

DINING HALL GLASS PARTITION- 5 PANELS

42.30 sqft Window 1 – Panel 1 210.00 8,883.00

25.45 sqft Window 2 – Panel 1 210.00 5,344.50

24.39 sqft Window 2 – Panel 1 210.00 5,121.90

25.75 sqft Window 2 – Panel 2 210.00 5,407.50

17.04 sqft Window 3 – Panel 1 210.00 3,578.40

ROOM ACCOMMODATION- 4 PANELS

17.35 sqft Window 1 – Panel 1 210.00 3,643.50

17.51 sqft Window 2 – Panel 1 210.00 3,677.10

18.24 sqft Window 3 – Panel 1 210.00 3,830.40

18.24 sqft Window 3 – Panel 2 210.00 3,830.40

TRAINING HALL- 10 PANELS

16.37 sqft Window 1 – Panel 1 210.00 3,437.70

16.10 sqft Window 2 – Panel 1 210.00 3,381.00

42.51 sqft Window 3 – Panel 2 210.00 8,927.10

27.92 sqft Window 4 – Panel 1 210.00 5,863.00

27.92 sqft Window 4 – Panel 2 210.00 5,863.00

27.24 sqft Window 5 – Panel 1 210.00 5,720.40

27.24 sqft Window 5 – Panel 2 210.00 5,720.40

18.24 sqft Window 6 – Panel 1 210.00 3,830.40

18.24 sqft Window 7 – Panel 1 210.00 3,830.40

18.51 sqft Window 8 – Panel 1 210.00 3,887.10

18.42 sqft Window 9 – Panel 1 210.00 3,868.20

18.33 sqft Window 10 – Panel 1 210.00 3,849.30

17.17 sqft Storage - 1 panel 210.00 3,605.70

GRAND TOTAL 280,358.40

The agency intends to apply the amount Two Hundred Eighty Thousand Three Hundred Fifty-Eight Pesos & forty

Centavos (PHP280,358.40) as the Approved Budget for the Contract.

As per approved Purchase Request and considering the nature of requisition being not more than One Million Pesos (Php1,000,000.00) and in order to fast-track the implementation of the program, this procurement is facilitated thru Negotiated Procurement-Small Value Procurement under Section 53.9 of RA 9184 and its Revised IRR.

As such FE LEE ENTERPRISE; STEVEN CONSTRUCTION & SUPPLY; MAZAYDE ENTERPRISE; and any other interested qualified bidders are hereby requested to submit the following documents

1. Mayor’s Permit 2. DTI /SEC Registration 3. PhilGEPS Registration 4. Income Tax Return 5. Omnibus Sworn Statement 6. BIR Registration

Page 2: DEPARTMENT OF AGRICULTURE REGIONAL FIELD ...bicol.da.gov.ph/rfo5newweb/wp-content/uploads/2019/11/...Management Office or the end-user unit, and the project consultants by consanguinity
Page 3: DEPARTMENT OF AGRICULTURE REGIONAL FIELD ...bicol.da.gov.ph/rfo5newweb/wp-content/uploads/2019/11/...Management Office or the end-user unit, and the project consultants by consanguinity

Republic of the Philippines

DEPARTMENT OF AGRICULTURE

Regional Field Office No. 5

San Agustin, Pili, Camarines Sur

BID FORM (GOODS)

Department of Agriculture

Regional Field Unit No. 5

San Agustin, Pili, Camarines Sur

The Bids and Awards Committee

Gentlemen/Ladies:

Having examined the bidding documents, the receipts of which is hereby duly acknowledge we the undersigned offer to supply/deliver the goods requisitioned in conformity with the said bid

documents for the total amount of ____________________________________

___________________________________________________________

(PHP________________________).

Accompanying this Bid Form is our Bid Offer containing the details of the requisition and our offered items in specified quantity and unit price.

We undertake, if our Bid is duly accepted, to deliver the goods in accordance with the

delivery schedule specified in the Schedule of requirements.

We agree to abide by our Bid for the bid validity period as set by the procuring entity but

not exceeding one hundred twenty (120) calendar days from the date of the bids opening.

Until a formal contract is prepared and executed, this bid, together with your acceptance thereof

thru Notice of Award, subject to all other bid documents, shal l be binding upon us.

We understand that you are not bound to accept the lowest of any bid that you may

receive.

We certify that we complied with the eligibility requirements as specified under RA 9184

and its IRR and the bidding documents.

Dated this _______ day of ____________ 2019.

(Name & Signature of Bidder or

Authorized Representative)

(Address & telephone No.)

Date of Bidding

Page 4: DEPARTMENT OF AGRICULTURE REGIONAL FIELD ...bicol.da.gov.ph/rfo5newweb/wp-content/uploads/2019/11/...Management Office or the end-user unit, and the project consultants by consanguinity

Name of Project:

Name of Bidder /

Authorized Representative: _________________________________________________________________________

1 2 3 4 5 6 7 8 9 10

ITEM DESCRIPTIONCOUNTRY OF

ORIGINQUANTITY

UNIT PRICE

EXW per

ITEM

TRANSPORTATION

AND INSURANCE

AND ALL OTHER

COST INCIDENTAL

TO DELIVERY,

PER ITEM

SALES AND

OTHER TAXES

PAYABLE IF

CONTRACT IS

AWARDED,

PER ITEM

COST OF

INCIDENTAL

SERVICES IF

APLICABLE,

PER ITEM

TOTAL PRICE,

PER UNIT

(col 5+6+7+8)

TOTAL PRICE,

DELIVERED

FINAL

DESTINATION

(col 9) x (col 4)

Window 1 – Panel 1 42.23 sqft.

Window 2 – Panel 1 42.23 sqft

Window 3 – Panel 1 27.48 sqft

Window 3 – Panel 2 27.48 sqft

Window 4 – Panel 1 27.83 sqft

Window 4 – Panel 2 27.83 sqft

Window 1 – Panel 1 42.30 sqft

Window 2 – Panel 1 25.45 sqft

Window 2 – Panel 1 24.39 sqft

Window 2 – Panel 2 25.75 sqft

Window 3 – Panel 1 17.04 sqft

FOR GOODS OFFERED FROM WITHIN THE PHILIPPINES

LANDSCAPING SERVICES AND BEAUTIFICATION OF PLANT GENETICS RESOURCES CENTER AND RESEARCH DEVELOPMENT FACILITY

ROOM ACCOMMODATION- 4 PANELS

DINING HALL GLASS PARTITION- 5 PANELS

NEW BUILDING (DINING HALL WINDOWS- 6 PANELS

Page 1 of 2

Page 5: DEPARTMENT OF AGRICULTURE REGIONAL FIELD ...bicol.da.gov.ph/rfo5newweb/wp-content/uploads/2019/11/...Management Office or the end-user unit, and the project consultants by consanguinity

Window 1 – Panel 1 17.35 sqft

Window 2 – Panel 1 17.51 sqft

Window 3 – Panel 1 18.24 sqft

Window 3 – Panel 2 18.24 sqft

Window 1 – Panel 1 16.37 sqft

Window 2 – Panel 1 16.10 sqft

Window 3 – Panel 2 42.51 sqft

Window 4 – Panel 1 27.92 sqft

Window 4 – Panel 2 27.92 sqft

Window 5 – Panel 1 27.24 sqft

Window 5 – Panel 2 27.24 sqft

Window 6 – Panel 1 18.24 sqft

Window 7 – Panel 1 18.24 sqft

Window 8 – Panel 1 18.51 sqft

Window 9 – Panel 1 18.42 sqft

Window 10 – Panel 1 18.33 sqft

Storage - 1 panel 17.17 sqft

GRAND TOTAL

_____________________________ ___________________________________________

[ Signature ] [ in the capacity of ]

Duly authorized to sign Bid for and on behalf of ___________________________________________

TRAINING HALL- 10 PANELS

Page 2 of 2

Page 6: DEPARTMENT OF AGRICULTURE REGIONAL FIELD ...bicol.da.gov.ph/rfo5newweb/wp-content/uploads/2019/11/...Management Office or the end-user unit, and the project consultants by consanguinity

Omnibus Sworn Statement

REPUBLIC OF THE PHILIPPINES )

CITY/MUNICIPALITY OF ______ ) S.S.

AFF IDAV IT

I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of

Affiant], after having been duly sworn in accordance with law, do hereby depose and state that:

1. Select one, delete the other:

If a sole proprietorship: I am the sole proprietor or authorized representative of [Name of

Bidder] with office address at [address of Bidder];

If a partnership, corporation, cooperative, or joint venture: I am the duly authorized and

designated representative of [Name of Bidder] with office address at [address of Bidder];

2. Select one, delete the other:

If a sole proprietorship: As the owner and sole proprietor, or authorized representative of

[Name of Bidder], I have full power and authority to do, execute and perform any and all

acts necessary to participate, submit the bid, and to sign and execute the ensuing contract

for [Name of the Project] of the [Name of the Procuring Entity], as shown in the attached

duly notarized Special Power of Attorney;

If a partnership, corporation, cooperative, or joint venture: I am granted full power and

authority to do, execute and perform any and all acts necessary to participate, submit the

bid, and to sign and execute the ensuing contract for [Name of the Project] of the [Name

of the Procuring Entity], as shown in the attached [state title of attached document showing

proof of authorization (e.g., duly notarized Secretary’s Certificate, Board/Partnership

Resolution, or Special Power of Attorney, whichever is applicable;)];

3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the

Philippines or any of its agencies, offices, corporations, or Local Government Units,

foreign government/foreign or international financing institution whose blacklisting rules

have been recognized by the Government Procurement Policy Board;

4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic

copy of the original, complete, and all statements and information provided therein are true

and correct;

5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized

representative(s) to verify all the documents submitted;

6. Select one, delete the rest:

If a sole proprietorship: The owner or sole proprietor is not related to the Head of the

Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical

Working Group, and the BAC Secretariat, the head of the Project Management Office or

the end-user unit, and the project consultants by consanguinity or affinity up to the third

civil degree;

If a partnership or cooperative: None of the officers and members of [Name of Bidder] is

related to the Head of the Procuring Entity, members of the Bids and Awards Committee

(BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project

Page 7: DEPARTMENT OF AGRICULTURE REGIONAL FIELD ...bicol.da.gov.ph/rfo5newweb/wp-content/uploads/2019/11/...Management Office or the end-user unit, and the project consultants by consanguinity

Management Office or the end-user unit, and the project consultants by consanguinity or

affinity up to the third civil degree;

If a corporation or joint venture: None of the officers, directors, and controlling

stockholders of [Name of Bidder] is related to the Head of the Procuring Entity, members

of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC

Secretariat, the head of the Project Management Office or the end-user unit, and the project

consultants by consanguinity or affinity up to the third civil degree;

7. [Name of Bidder] complies with existing labor laws and standards; and

8. [Name of Bidder] is aware of and has undertaken the following responsibilities as a Bidder:

a) Carefully examine all of the Bidding Documents;

b) Acknowledge all conditions, local or otherwise, affecting the implementation of the

Contract;

c) Made an estimate of the facilities available and needed for the contract to be bid, if any;

and

d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project].

9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee,

or any form of consideration, pecuniary or otherwise, to any person or official, personnel

or representative of the government in relation to any procurement project or activity.

IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at

____________, Philippines.

_____________________________________

Bidder’s Representative/Authorized Signatory

SUBSCRIBED AND SWORN to before me this ___ day of [month] [year] at [place of

execution], Philippines. Affiant/s is/are personally known to me and was/were identified by me

through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M.

No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government identification card

used], with his/her photograph and signature appearing thereon, with no. ________ and his/her

Community Tax Certificate No. _______ issued on ____ at ______.

Witness my hand and seal this ___ day of _______ 2018.

NAME OF NOTARY PUBLIC

Serial No. of Commission _______________

Notary Public for _______ until __________

Roll of Attorneys No. __________________

PTR No. ______ [date issued], [place issued]

IBP No. ______ [date issued], [place issued]

Doc. No. _____

Page No. _____

Book No. _____

Series of _____

* This form will not apply for WB funded projects.